RFQ - 36 MSG/ DET 1 (Diego Garcia) – Vehicle Lifts (2-Post with 30k lbs Lift Capacity and 4-Post with 60k Lift Capacity) - Andersen AFB, Guam
ID: FA524024QM230Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Elevator and Moving Stairway Manufacturing (333921)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of vehicle lifts for the 36 MSG/DET 1 at Diego Garcia. The requirement includes two hydraulic two-post vehicle lifts with a capacity of 30,000 lbs and two heavy-duty four-post vehicle lifts with a capacity of 60,000 lbs, essential for conducting maintenance on mission-critical equipment. These lifts are crucial for maintaining operational readiness, as the current equipment is insufficient to meet the demands of scheduled and unscheduled maintenance due to wear and corrosion. Proposals are due by September 21, 2024, at 11:00 A.M. Chamorro Standard Time, and interested vendors should contact Louella Navarrete at louella.navarrete@us.af.mil or TSgt Benjamin Albers at Benjamin.albers@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is issuing a Request for Quotes (RFQ) for the procurement of vehicle lifts for the 36 MSG/DET 1 at Diego Garcia. This solicitation (number FA524024QM230) is for two types of lifts: a two-post lift with a capacity of 30,000 lbs and a four-post lift with a capacity of 60,000 lbs, both including shipping. It is a 100% small business set-aside with a small business size standard of 1,000 employees. Proposals are due by 21 September 2024 at 11:00 A.M. Chamorro Standard Time. The evaluation will consider technical acceptability and price, prioritizing best value over the lowest price. Interested vendors must submit their offers along with requisite information including vendor details, technical descriptions, and compliance documentation. Delivery is expected within 45 days after order receipt, to a specified address in Tracy, California. The government may award a purchase order without discussions but reserves the right to clarify proposals if necessary. The document adheres to federal acquisition regulations, ensuring compliance with requirements and proper vendor registration through the System for Award Management (SAM).
    The document outlines a Request for Proposal (RFP) issued by the Department of the Air Force for the procurement of two types of vehicle lifts to be delivered to the Defense Logistics Agency's (DLA) Consolidation Point in Tracy, California. The first requirement is for two hydraulic two-post vehicle lifts with a capacity of 30,000 lbs, featuring symmetrical design and telescopic lifting arms, operating at a voltage of 220 to 240 volts. The second requirement involves two heavy-duty four-post vehicle lifts, with a capacity of 60,000 lbs, designed for trucks and RVs. These lifts should include various features such as position memory for lifting cycles, visual status confirmation, precise level lifting within 3 inches, an oversized emergency stop button, and an audible descent alarm, also requiring a voltage of 220 to 240 volts. The document emphasizes direct delivery to the specified DLA location, reflecting a clear commitment to ensuring proper equipment support for military operations.
    The document outlines the Standard Operating Procedures for shipping items to the Defense Logistics Agency Consolidation Point located in Tracy, California. Key instructions include providing proof of delivery for each shipment, adhering to freight delivery procedures, and ensuring that shipments meet specific weight and size criteria. Contractors must submit invoices with freight bills for reimbursement and must not divide shipments to avoid transportation methods. Additionally, there are strict packaging and labeling regulations for shipments via Military Sealift, including marking them for export and using heat-treated pallets. Contractors must schedule delivery appointments with the CCP and must annotate all paperwork with relevant shipping and order details. This document serves as a guideline for federal contractors to ensure compliance with shipping protocols and facilitate timely payments. Overall, it emphasizes the importance of following established procedures to prevent delays or financial discrepancies related to freight charges.
    The document comprises a solicitation for federal contracting, detailing various clauses and requirements pertinent to bidding and compliance with government regulations. It outlines mandatory clauses incorporated by reference, like those related to compensation of former Department of Defense officials, whistleblower rights, telecommunications security, and supply chain management. Additionally, it emphasizes compliance with unique item identification and valuation standards, specifying the contractor's responsibilities for marking and reporting items based on their acquisition costs. The document also mandates compliance with federal policies, including those preventing certain business operations with specific foreign regimes and the acquisition of equipment linked to human rights abuses. The inclusion of various representations and certifications underscores the need for transparency in vendor qualifications, particularly concerning small businesses, economic disadvantages, and compliance with labor standards. Overall, this solicitation framework ensures that contractors align with federal expectations regarding ethical sourcing, accountability, and operational integrity, indicative of the stringent standards applied in federal RFPs and grants.
    The document pertains to a Request for Information (RFI) regarding vehicle lifts for the 36th Mission Support Group at Diego Garcia. It outlines the responses to vendor inquiries related to solicitation FA524024QM230. Key specifications include that no technician setup or commissioning is required onsite, and the minimum lift height is set at 7 feet. Additionally, the document specifies that ramp lengths must range between 17 to 20 feet, inclusive of on-load ramps. Contractors are responsible for providing certain ancillary items such as anchor bolts, hydraulic fluid, and connecting hoses/fittings. This summary encapsulates the document's focus on procurement details and technical requirements necessary for fulfilling the government’s vehicle lift needs.
    The Department of the Air Force is soliciting quotes for the procurement of vehicle lifts at Andersen Air Force Base, with a focus on small businesses. This Request for Quotes (RFQ), number FA524024QM230, specifies the need for two types of lifts: a 2-post lift with a 30,000 lbs capacity and a 4-post lift with a 60,000 lbs capacity, both requiring shipping included in the proposal. The government has established a response deadline of September 20, 2024, at 11:00 A.M. Chamorro Standard Time, and invites offers from eligible vendors with a size standard not exceeding 1,000 employees. Key proposal requirements include price quotes broken down by Contract Line Item Numbers (CLINs), a technical description of the offered items, and relevant vendor information. The selection process prioritizes the best value to the government, considering both acceptability and price. Vendors must ensure registration in the System for Award Management (SAM) and provide essential information such as Tax ID and Unique Entity Identify (UEI) when submitting their proposals via email. The anticipated delivery date for the items is 45 calendar days after the receipt of the order, with all deliveries made to a specified address in Tracy, California. This RFQ aims to enhance operational capabilities while ensuring compliance with procurement regulations.
    Similar Opportunities
    LIFT, HYDRAULIC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of hydraulic lifts. The contract requires the manufacture and design of hydraulic lifts that meet specific technical requirements, including compliance with standards set by Genie Industries Inc. The hydraulic lifts are critical for maintenance and repair operations within the Navy, ensuring operational readiness and safety. Interested vendors, particularly those eligible under the 8(a) program, should direct inquiries to Eva A. Raczka at 717-605-1714 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    Comblift Purchase
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide two Comblifts with a capacity of 25,000 lbs, as outlined in the attached specifications document. The procurement aims to acquire forklifts suitable for confined warehouse environments, capable of lifting containers weighing between 4,000 lbs and 15,000 lbs, with a maximum lift height of 13'5" and operational dimensions tailored for efficiency in limited spaces. Interested vendors are encouraged to respond with their capabilities and delivery timelines, as this sources sought notice is intended for market research purposes only, with no contract awards resulting from this posting. For further inquiries, potential respondents can contact Michael Mascorro at michael.mascorro.1@us.af.mil.
    554 RHS Freighter Vehicle Part - Andersen AFB, Guam
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Freightliner vehicle part, designated as part number 301D/DDE R23534729, intended for a 2018 Freightliner M2 vehicle at Andersen Air Force Base in Yigo, Guam. This acquisition is fully set aside for small businesses under NAICS Code 336310, emphasizing the importance of sourcing OEM components to maintain military vehicle operational readiness. Vendors must submit their quotes by 1:00 PM Chamorro Standard Time on September 20, 2024, with delivery expected 160 days post-award, and all inquiries should be directed to the designated contacts by September 13, 2024. For further information, interested parties can reach out to Shelby Benko at shelby.benko.1@us.af.mil or SSgt Vanessa Gray at vanessa.gray.1@us.af.mil.
    Supply & Install Vehicle Lift
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to supply and install a 30,000 lb., four-post vehicle lift at the Fremont-Winema National Forest Fleet Program facility in Lakeview, Oregon. This procurement aims to equip the newly relocated agency vehicle repair shop, which currently lacks this essential equipment, thereby enhancing the operational capabilities of the Forest Service fleet. The contractor must provide an ALI-certified lift that meets specific spatial constraints and handle all necessary permits and certifications, with a performance period from September 24, 2024, to December 31, 2024. Interested parties must submit their quotes and supporting documentation to the Contracting Officer, Chad Schmele, by 12:00 p.m. Pacific Time on September 23, 2024, via email at chad.schmele@usda.gov.
    TABLE,LIFT,HYDRAULI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of hydraulic lift tables. This opportunity is set aside for small businesses and requires compliance with various quality assurance and inspection standards, including unique identification and valuation, as well as adherence to specific technical documentation and packaging requirements. The hydraulic lift tables are critical for material handling operations within the Navy, ensuring efficient and safe movement of supplies. Interested vendors should direct inquiries to John A. Masters at 717-605-1213 or via email at JOHN.A.MASTERS15.CIV@US.NAVY.MIL, with proposals due within 60 days of the solicitation closing date.
    High Capacity Boom Lifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of various high-capacity boom lifts to be delivered to the Anniston Army Depot in Alabama. The requirement includes two telescopic hi-capacity boom lifts, two hi-capacity articulating boom lifts, two electric boom lifts, two electric scissor lifts, and one drivable vertical mast lift, along with necessary technical literature and training for operation and maintenance. These lifts are crucial for supporting military operations and ensuring safety and efficiency in material handling tasks at the depot. Interested contractors must submit their bids electronically by the extended deadline of October 17, 2024, and can direct inquiries to primary contact Sara B. Young at sara.b.young.civ@army.mil or secondary contact Larry Stephney at larry.d.stephney.civ@army.mil.
    Hydraulic Lift Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the repair of hydraulic lift units at the Consolidated Mail Facility located at Joint Base Anacostia Bolling in Washington, Mississippi. The contractor will be responsible for providing all necessary labor, materials, equipment, and services to perform repairs on eight hydraulic scissor lifts, ensuring they are operational for loading and unloading mail from an elevated loading dock. This procurement is critical for maintaining operational efficiency and safety in government logistics operations. Interested small businesses must submit their quotes by September 23, 2024, for a contract period running from October 1, 2024, to February 28, 2025. For further inquiries, potential bidders can contact Zackery Bowman at zackery.l.bowman.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.
    ANNUAL INSPECTION OF HOISTS AND HYDRAULIC LIFTS FOR YOKOTA AB AND TAMA ANNEX
    Active
    Dept Of Defense
    The Department of Defense, specifically the 374th Contracting Squadron, is seeking qualified contractors for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. The contractor will be responsible for providing all necessary supervision, equipment, and materials to conduct inspections in compliance with Japanese Environmental Governing Standards and local regulations, ensuring the safety and operational integrity of the equipment. This contract is crucial for maintaining the functionality of lifting equipment at military installations and is anticipated to span a twelve-month base period with four optional years, totaling five years. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to participate in a mandatory site visit on September 26, 2024, with inquiries directed to Junko Maeda at junko.maeda.jp@us.af.mil or Stephanie M. Torres at stephanie.torres.11@us.af.mil.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron of the Air Force, is seeking bids from qualified small businesses for the procurement of a 35 Ton Wrecker with an integrated recovery boom and underlift, under solicitation number FA706024Q0025. The wrecker must meet specific technical specifications, including a minimum engine performance of 500 hp and a gross vehicle weight rating of at least 60,000 lbs, and must be delivered to Joint Base Anacostia-Bolling, Washington, D.C., within 120 days of order receipt. This procurement is crucial for enhancing the operational capabilities of the military's vehicle recovery fleet. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no award will be made until funds are available.
    Purchase and Installation of Hoists
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the purchase and installation of two 5-ton electrical hoists at Joint Base San Antonio - Randolph. The project requires the contractor to inspect and certify the existing hoist rail system to ensure it can support the new hoists, with work to be conducted during normal business hours while the hangar remains occupied. This procurement is crucial for maintaining operational efficiency and safety in maintenance operations within the hangar. Interested vendors must submit their quotes electronically by September 23, 2024, and are required to register with the System for Award Management (SAM) to be eligible. For further inquiries, potential bidders can contact Kailah Kraus at kailah.kraus@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil.